Notice Information
Notice Title
BLC0218 Crypto Capabilities: Crypto Storage and Realisation Framework
Notice Description
BlueLight Commercial (BLC) are delivering a new national framework agreement on behalf of the Home Office to provide a secure crypto storage and services. This framework will support the delivery of the Economic Crime Plan 2 through provision of secure storage of crypto assets during legal proceedings and ensuring assets can be returned to owners, returned to victims or sold. UK law enforcement and government departments and agencies are seeing an increase in the use of cryptocurrencies for illicit purposes. This includes to facilitate the commission of a crime, launder the proceeds of crime, or crypto assets being obtained through the commission of crime as a benefit. As with all other areas of criminal investigation, these Assets can be seized under various legislative powers including the Proceeds of Crime Act 2002, as amended (POCA), the Police and Criminal Evidence Act 1984 (PACE) and the Economic Crime and Corporate Transparency Act 2023. This is an exciting opportunity to provide a centralised, single supplier framework agreement across UK law enforcement and government for a full end-to-end Software-as-a-Service (SaaS) based custody and trading service alongside support services including training. The supplier must be able to store and manage a wide range of Cryptocurrency and also enable the purchase of a variety of crypto assets. The average time between seizure of assets and conclusion of the legal proceedings (realisation) is within 1 year, for more complex cases can be 3 to 4 years. The successful framework supplier will be paid on a commission-only model based on the asset value at the time of realisation. Note the duration of the framework will be 4 years in the first instance with after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The total estimated framework value is between PS800,000 and PS40,000,000 (ex VAT) and includes all extensions (up to 8 years). Justification for not publishing a preliminary market engagement notice The Authority has carried out preliminary market engagement. A Prior Information Notice (PIN) was published under the Public Contracts 2015 on the Find a Tender
Lot Information
Lot LOT-0001
Renewal: The initial Framework period will be for four (4) years, after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The framework duration is longer than 4 years because assets may be held by the supplier for longer than 4 years.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-052812
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/038336-2025
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- UK12 - Procurement Termination Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
48 - Software package and information systems
66 - Financial and insurance services
72 - IT services: consulting, software development, Internet and support
-
- CPV Codes
48100000 - Industry specific software package
66162000 - Custody services
72200000 - Software programming and consultancy services
Notice Value(s)
- Tender Value
- £40,000,000 £10M-£100M
- Lots Value
- £40,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Jul 20257 months ago
- Submission Deadline
- 25 Jun 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 13 Oct 2025 - 12 Oct 2029 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Cancelled
- Contracts Status
- Cancelled
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BLUELIGHT COMMERCIAL LIMITED
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- e-procurement@bluelight.police.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- LONDON
- Postcode
- SW1P 3JS
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- Not specified
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/038336-2025
8th July 2025 - Procurement termination notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/028154-2025
28th May 2025 - Tender notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-052812-2025-07-08T15:49:15+01:00",
"date": "2025-07-08T15:49:15+01:00",
"ocid": "ocds-h6vhtk-052812",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-12517649",
"name": "BLUELIGHT COMMERCIAL LIMITED",
"identifier": {
"scheme": "GB-COH",
"id": "12517649"
},
"address": {
"streetAddress": "Lower Ground 5-8 The Sanctuary",
"locality": "London",
"postalCode": "SW1P 3JS",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKI32"
},
"contactPoint": {
"email": "e-procurement@bluelight.police.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.bluelightcommercial.police.uk/",
"classifications": [
{
"scheme": "UK_CA_TYPE",
"id": "publicAuthoritySubCentralGovernment",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-COH-12517649",
"name": "BLUELIGHT COMMERCIAL LIMITED"
},
"tender": {
"id": "ocds-h6vhtk-052812",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "BLC0218 Crypto Capabilities: Crypto Storage and Realisation Framework",
"description": "BlueLight Commercial (BLC) are delivering a new national framework agreement on behalf of the Home Office to provide a secure crypto storage and services. This framework will support the delivery of the Economic Crime Plan 2 through provision of secure storage of crypto assets during legal proceedings and ensuring assets can be returned to owners, returned to victims or sold. UK law enforcement and government departments and agencies are seeing an increase in the use of cryptocurrencies for illicit purposes. This includes to facilitate the commission of a crime, launder the proceeds of crime, or crypto assets being obtained through the commission of crime as a benefit. As with all other areas of criminal investigation, these Assets can be seized under various legislative powers including the Proceeds of Crime Act 2002, as amended (POCA), the Police and Criminal Evidence Act 1984 (PACE) and the Economic Crime and Corporate Transparency Act 2023. This is an exciting opportunity to provide a centralised, single supplier framework agreement across UK law enforcement and government for a full end-to-end Software-as-a-Service (SaaS) based custody and trading service alongside support services including training. The supplier must be able to store and manage a wide range of Cryptocurrency and also enable the purchase of a variety of crypto assets. The average time between seizure of assets and conclusion of the legal proceedings (realisation) is within 1 year, for more complex cases can be 3 to 4 years. The successful framework supplier will be paid on a commission-only model based on the asset value at the time of realisation. Note the duration of the framework will be 4 years in the first instance with after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The total estimated framework value is between PS800,000 and PS40,000,000 (ex VAT) and includes all extensions (up to 8 years). Justification for not publishing a preliminary market engagement notice The Authority has carried out preliminary market engagement. A Prior Information Notice (PIN) was published under the Public Contracts 2015 on the Find a Tender",
"status": "cancelled",
"items": [
{
"id": "LOT-0001",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48100000",
"description": "Industry specific software package"
},
{
"scheme": "CPV",
"id": "66162000",
"description": "Custody services"
},
{
"scheme": "CPV",
"id": "72200000",
"description": "Software programming and consultancy services"
}
],
"relatedLot": "LOT-0001"
}
],
"value": {
"amountGross": 48000000,
"amount": 40000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"procedure": {
"features": "Stage 1-The Participation Stage consists of the following: This is a series of Pass/Pail questions relating to the requirements of the procurement. Bidders are required to sign an non-disclosure agreement at this stage. All bidders that pass all Conditions of Participation and sign the non-disclosure agreement will progress to Stage 2. Stage 2-Tender Stage The Tender Stage consists of the following: Quality-bidders must respond to the technical questions. Price-bidders must complete the pricing schedule based on the pricing scenario. Social Value-bidders must respond to the social value questions providing information relevant to how these will be addressed over the lifetime of the Framework. Stage 3 -Demonstration Stage The highest scoring bidder will be invited to demonstrate their solution. If the bidder is unable to verify the information submitted in their ITT submission the next ranking bidder will be invited to demonstrate their solution."
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"participationFees": [
{
"id": "ocds-h6vhtk-052812",
"type": [
"win"
],
"relativeValue": {
"proportion": 0.02,
"monetaryValue": "award"
},
"description": "The fees are a percentage of the supplier's commission."
}
],
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1,
"method": "withoutReopeningCompetition",
"type": "open",
"buyerCategories": "Chief Constables and/or Police and Crime Commissioners and/or the Police Authorities for their respective rights and interests. Police, Fire and Crime Commissioners, Deputy Mayors (or equivalent roles) who hold responsibility for police, crime and /or fire within a combined authority Ministry of Defence, MOD Police, Serious Fraud Office, Police Service of Northern Ireland, Gibraltar Police, Cyprus Police, Channel Islands Police, Isle of Man Police, British Transport Police, Civil Nuclear Constabulary, Financial Intelligence Unit Jersey, as established under the Proceeds of Crime (Financial Intelligence) (Jersey) Regulations 2015; Police Scotland; Home Office and His Majesty's Revenue and Customs, Foreign, Commonwealth and Development Office, including their associated agencies and non-departmental public bodies: Department for Work and Pensions , College of Policing, Border Force, Independent Office for Police Conduct, Organisations under the Crime and Courts Act 2013.",
"description": "The framework will be awarded to one supplier for use by parties named in this notice. The procedure for the call-off contracts will be direct award."
}
},
"submissionMethodDetails": "https://sell2.in-tend.co.uk/blpd/home",
"submissionTerms": {
"electronicSubmissionPolicy": "allowed",
"languages": [
"en"
]
},
"expressionOfInterestDeadline": "2025-07-02T17:00:00+00:00",
"enquiryPeriod": {
"endDate": "2025-06-25T17:00:00+00:00"
},
"awardPeriod": {
"endDate": "2025-09-29T23:59:59+00:00"
},
"lots": [
{
"id": "LOT-0001",
"status": "cancelled",
"value": {
"amountGross": 48000000,
"amount": 40000000,
"currency": "AED"
},
"awardCriteria": {
"weightingDescription": "Stage 1: PSQ Conditions of Participation: Suppliers must pass each of the conditions of participation and sign the non-disclosure agreement to go through to Stage 2. Stage 2: ITT Response: Suppliers in Stage 2 will be assessed according to the criteria stated below. Quality and Technical-50% Price-40% Social Value-10% Stage 3: Demonstrations: The highest scoring supplier will be invited to demonstrate their solution and must be able to verify the information provided at Stage 2. If the highest scoring supplier is unable to verify their submission information the next ranking supplier will be invited to demonstrate their solution.",
"criteria": [
{
"type": "price",
"name": "Simple description",
"description": "Stage 1: PSQ Conditions of Participation: Suppliers must pass each of the conditions of participation and sign the non-disclosure agreement to go through to Stage 2. Stage 2: ITT Response: Suppliers in Stage 2 will be assessed according to the criteria stated below. Quality and Technical-50% Price-40% Social Value-10% Stage 3: Demonstrations: The highest scoring supplier will be invited to demonstrate their solution and must be able to verify the information provided at Stage 2. If the highest scoring supplier is unable to verify their submission information the next ranking supplier will be invited to demonstrate their solution."
}
]
},
"contractPeriod": {
"startDate": "2025-10-13T00:00:00+00:00",
"endDate": "2029-10-12T23:59:59+00:00",
"maxExtentDate": "2033-10-12T23:59:59+00:00"
},
"hasRenewal": true,
"renewal": {
"description": "The initial Framework period will be for four (4) years, after such time the Authority may extend the term of the Framework by any number of defined periods, (each period a minimum of 1 year), provided that the total duration of the Framework Term does not exceed eight (8) years. The framework duration is longer than 4 years because assets may be held by the supplier for longer than 4 years."
}
}
],
"documents": [
{
"id": "future",
"documentType": "biddingDocuments",
"accessDetails": "https://sell2.in-tend.co.uk/blpd/home"
},
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "028154-2025",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/028154-2025",
"datePublished": "2025-05-28T14:49:40+01:00",
"format": "text/html"
},
{
"id": "038336-2025",
"documentType": "tenderCancellationNotice",
"noticeType": "UK12",
"description": "Procurement termination notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/038336-2025",
"datePublished": "2025-07-08T15:49:15+01:00",
"format": "text/html"
}
],
"contractTerms": {
"financialTerms": "Detailed in the Framework Terms and Conditions"
},
"riskDetails": "The risks have been identified in the Framework Terms and Conditions"
},
"language": "en",
"awards": [
{
"id": "1",
"status": "cancelled",
"statusDetails": "No responses could meet all of the conditions of participation.",
"finalStatusDate": "2025-07-08T00:00:00Z",
"relatedLots": [
"LOT-0001"
]
}
],
"contracts": [
{
"id": "1",
"awardID": "1",
"status": "cancelled"
}
]
}